Tender

Mental Health Training on the Isle of Wight

  • Isle of Wight Council

F02: Contract notice

Notice identifier: 2022/S 000-013621

Procurement identifier (OCID): ocds-h6vhtk-033bda

Published 20 May 2022, 2:04pm



Section one: Contracting authority

one.1) Name and addresses

Isle of Wight Council

County Hall, High Street

Newport

PO30 1UD

Contact

Mrs Vanessa Squibb

Email

vanessa.squibb@iow.gov.uk

Telephone

+44 1983821000

Country

United Kingdom

NUTS code

UKJ34 - Isle of Wight

Internet address(es)

Main address

http://www.iwight.com

Buyer's address

http://www.iwight.com

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert?advertId=24919236-37d8-ec11-8114-005056b64545&p=08800155-5442-e511-80ed-000c29c9ba21

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert?advertId=24919236-37d8-ec11-8114-005056b64545&p=08800155-5442-e511-80ed-000c29c9ba21

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Mental Health Training on the Isle of Wight

Reference number

DN604410

two.1.2) Main CPV code

  • 80511000 - Staff training services

two.1.3) Type of contract

Services

two.1.4) Short description

The Isle of Wight Council (“the Authority”) invites Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of Mental Health Training on the Isle of Wight.

This procurement follows the Open under the Public Contract Regulations 2015.

The Authority is committed to ensuring their workforce is competent and confident to carry out their responsibilities to both support adults at risk (including its workforce) and is also committed to promoting the mental wellbeing of Isle of Wight residents and expect all staff and volunteers to share in this commitment.

The Authority wants to engage with a supplier that has extensive experience of the delivery of mental health learning & development activities (including Mental Health First Aid and Suicide Prevention).

These activities are offered to a range of learners who are all Isle of Wight based, and therefore the successful supplier is required to be able to provide face to face activities at various locations on the Isle of Wight. This can be at either at an Authority venue or the supplier’s venue with the agreement of the Authority. Additionally, the Authority may request that specific venues are used for delivery of the activities such as a particular Authority building; residential care environment; or in a school environment. However, the Authority is also currently supporting virtual delivery and blended approaches therefore the supplier should also have the ability to provide virtual delivery of any or all of the activities.

This opportunity is described below:

The current programme includes but is not limited to the following key areas:

• ½ day Mental Health Awareness

• ½ day Mental Health Awareness for Managers

• 2 day Mental Health First Aid Certificate (Nationally accredited)

• 1 day Suicide Prevention First Aid Certificate (Nationally accredited)

• Mental Health First Aid (Adult) Refresher

• Youth Mental Health First Aid (for educational settings) (Nationally accredited)

Please note that the above courses are an indication of the types of courses run in the past. The Authority may wish to commission other mental health training as further need is identified.

The successful supplier will need to demonstrate their understanding and knowledge of national legal frameworks, as well as policies and procedures as accredited providers of Mental Health and Suicide Prevention First Aid certification.

Please note that the Authority requires Learning activities to be aimed at a variety of levels when providing the services.

Potential suppliers should note that this is a non-exclusive contract and that there is no guarantee of value or volume of activities. However, it is intended that the successful supplier will receive all the requests for these learning activities from the Authority throughout the duration of the contract at the agreed pricing structure submitted within this tender unless the supplier is unable to provide the services at the required time/level or the Authority is required to use a different source of supply.

The term of the contract shall be 1 September 2022 until 31 August 2024 with the option to extend for up to a further period or periods up to 36 months (on the basis of 12 months + 12 months +12 months) at the sole discretion of the Authority.

It should be noted that some courses will need to be delivered as soon as possible after the contract commences.

The closing date for receipt of Tenders is 14:00Hrs on 27 June 2022

two.1.5) Estimated total value

Value excluding VAT: £200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ34 - Isle of Wight

two.2.4) Description of the procurement

The Isle of Wight Council (“the Authority”) invites Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of Mental Health Training on the Isle of Wight.

This procurement follows the Open under the Public Contract Regulations 2015.

The Authority is committed to ensuring their workforce is competent and confident to carry out their responsibilities to both support adults at risk (including its workforce) and is also committed to promoting the mental wellbeing of Isle of Wight residents and expect all staff and volunteers to share in this commitment.

The Authority wants to engage with a supplier that has extensive experience of the delivery of mental health learning & development activities (including Mental Health First Aid and Suicide Prevention).

These activities are offered to a range of learners who are all Isle of Wight based, and therefore the successful supplier is required to be able to provide face to face activities at various locations on the Isle of Wight. This can be at either at an Authority venue or the supplier’s venue with the agreement of the Authority. Additionally, the Authority may request that specific venues are used for delivery of the activities such as a particular Authority building; residential care environment; or in a school environment. However, the Authority is also currently supporting virtual delivery and blended approaches therefore the supplier should also have the ability to provide virtual delivery of any or all of the activities.

This opportunity is described below:

The current programme includes but is not limited to the following key areas:

• ½ day Mental Health Awareness

• ½ day Mental Health Awareness for Managers

• 2 day Mental Health First Aid Certificate (Nationally accredited)

• 1 day Suicide Prevention First Aid Certificate (Nationally accredited)

• Mental Health First Aid (Adult) Refresher

• Youth Mental Health First Aid (for educational settings) (Nationally accredited)

Please note that the above courses are an indication of the types of courses run in the past. The Authority may wish to commission other mental health training as further need is identified.

The successful supplier will need to demonstrate their understanding and knowledge of national legal frameworks, as well as policies and procedures as accredited providers of Mental Health and Suicide Prevention First Aid certification.

Please note that the Authority requires Learning activities to be aimed at a variety of levels when providing the services.

Potential suppliers should note that this is a non-exclusive contract and that there is no guarantee of value or volume of activities. However, it is intended that the successful supplier will receive all the requests for these learning activities from the Authority throughout the duration of the contract at the agreed pricing structure submitted within this tender unless the supplier is unable to provide the services at the required time/level or the Authority is required to use a different source of supply.

The term of the contract shall be 1 September 2022 until 31 August 2024 with the option to extend for up to a further period or periods up to 36 months (on the basis of 12 months + 12 months +12 months) at the sole discretion of the Authority.

It should be noted that some courses will need to be delivered as soon as possible after the contract commences.

The closing date for receipt of Tenders is 14:00Hrs on 27 June 2022

two.2.5) Award criteria

Quality criterion - Name: Mobilisation / Weighting: 10

Quality criterion - Name: Course Delivery / Weighting: 20

Quality criterion - Name: Demonstration of Quality Sample of course / Weighting: 20

Quality criterion - Name: Demonstration of Quality - Processes / Weighting: 5

Quality criterion - Name: Demonstration of Quality – Support for delegates / Weighting: 5

Quality criterion - Name: Learners with Disabilities/Difficulties / Weighting: 2.5

Quality criterion - Name: Staff / Weighting: 2.5

Quality criterion - Name: Communication / Weighting: 2.5

Quality criterion - Name: Social Value / Weighting: 2.5

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

There is the option to extend for up to a further period or periods up to 36 months (on the basis of 12 months + 12 months +12 months) at the sole discretion of the Authority.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Any values given are estimated over the whole contract term including the possible extension period. There is no value or volume of work guaranteed.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

27 June 2022

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

27 June 2022

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Potential suppliers can register their interest and download the tender pack by visiting www.procontract.due-north.com and searching for tender reference number DNDN604410.

The estimated values set out in this contract notice are the total estimated value for the initial term and any possible extension option(s). Potential suppliers must note that there is no guarantee of value or volume of work.

six.4) Procedures for review

six.4.1) Review body

The High Court

London

WC2A 2LL

Country

United Kingdom